Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2015 FBO #4954
SOLICITATION NOTICE

72 -- INSTALLATION/MAINTENANCE on 160 NON COIN COMMERCIAL STACK WASHER/DRYER-ELECTRIC UNITS

Notice Date
6/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
USPFO for Mississippi, 144 Military Drive, Jackson, MS 39208-8860
 
ZIP Code
39208-8860
 
Solicitation Number
W9127Q-15-T-0015
 
Response Due
6/25/2015
 
Archive Date
8/14/2015
 
Point of Contact
Kady Fontenot, 601-313-1565
 
E-Mail Address
USPFO for Mississippi
(kady.c.fontenot.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Combined synopsis solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial item. The Request for Proposal (RFP) solicitation number is W9127Q-15-T-0015. The solicitation document and provisions incorporates clauses of the Federal Acquisition Regulation and Defense Federal Acquisition Regulation. The SIC code is 5046. The FSC Code is 3510 and the North American Industry Classification System Code is 423440 and the Size standard in number of employees is 100. However, offerors may propose a different code they believe may apply, which will be taken into consideration by the Government. The requirement is for furnishing and installation as well as services on stackable washers/dryers for the ORTC Buildings at Camp Shelby, MS 39407. This solicitation is set aside 100% small business (Request for Proposal (RFP)). Contract award will be made on the basis of Lowest Price Technically Acceptable (LPTA). This will be an award of a Firm Fixed Price (FFP) contract. The expected award shall consist of equipment (installation and delivery), one base period maintenance service, and 2 option periods. There is no guarantee that any option period will be exercised. Period of performance will be determined based upon delivery date. Offerors shall quote their proposed brand, model, technical specifications and price for the following Contract Line Item Numbers (CLINs). CLIN 0001: Non-Coin Commercial Stack Washer/Dryer-Electric, Set-Up and Installation, Shipping/Delivery (FOB destination), 160 EA CLIN 0002: Base period Maintenance 1st year, POP to be determined CLIN 0003: Option period 1 Maintenance 2nd year, POP to be determined CLIN 0004: Option period 2 Maintenance 3rd year, POP to be determined ***if base period maintenance 1st year is included in CLIN 0001 price, make note of it*** See attachment for technical specifications and scope of work for the installation of washers and dryers. DELIVERY REQUIREMENTS: This solicitation provides two options for delivery, with set requirements to be evaluated on equal footing. Maximum required delivery time is 60 days ARO. Offerors shall make clear their proposed delivery in their uploaded technical information. Offerors are encouraged to quote a shorter delivery time, but any delivery in excess of the maximum date for the delivery chosen will be considered unacceptable and removed from award consideration. INSTRUCTIONS TO OFFERORS: Offerors must submit their quotes in two separate attachments: (1) the technical quote: including existing product literature in English, detailing how the product complies with each stated minimum specification, country of origin, warranty information regarding extent of coverage and limitations, delivery information (including origin and FOB delivery method proposed), three recent and relevant past performance references (relevant to the scope of this requirement and within the past two years; to include Contract Number, Scope, Customer Name, POC Reference Name and Reference email address), and other requirements mentioned in this synopsis; and (2) firm-fixed price quote, including DUNS number, and business point of contact, via email to Kady Fontenot at kady.c.fontenot.civ@mail.mil. EVALUATION CRITERIA & BASIS FOR AWARD: Award will be made to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government on the basis of lowest price technically acceptable, technical capability, delivery, warranty, and past performance. Technical capability, Delivery, Warranty and Past Performance, when combined, are equal to price. The full text of the Federal acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with DFARS 252.204-7004, Required Central Contractor Registration (Mar 1998). Pursuant to FAR 4.1102(a), prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract. The provision at FAR 52.212-1, Instructions To Offerors-Commercial Items applies. Clause 52.212-4 Contract Terms and Conditions-Commercial Items applies as well as the following FAR clauses: 52.217-9, Option to Extend the Term Of The Contract, Variation; 52.219-1, Small Business Program Representations; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.247-34, F.O.B. Destination; 52.232-33, Payment by Electronic Funds Transfer; The clause 52.212-5,. Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies as well as the following DFARS clauses 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Offerors are required to complete and include a copy of the following provision with their quotation: Far 52.212-3, Offeror Representation and Certifications-Commercial Items Alt I. Provision 52.212-2, Evaluation-Commercial Items, applies with paragraph(a)completed as follows: Failure to provide adequate information, which will allow the requesting activity to properly evaluate the proposal, will deem the proposal unacceptable, and no longer eligible for award. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.2212-4, Contract Terms and Conditions-Commercial Items applies as well as the following addendum clauses: FAR 52.211-5, Material Requirements. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-41, Service contract Act of 1965. Energy Efficiency in Energy-Consuming Products FAR 52.223-15. Contracting Office Address: USPFO-MS, Purchasing and Contracting 144 Military Drive Flowood, MS 39232 Place of Performance: CSJFTC-ORTC 1001 Lee Ave Camp Shelby, MS 39407 Point of Contact: Kady Fontenot Contracting Specialist kady.c.fontenot.civ@mail.mil Phone: 601-313-1565
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-15-T-0015/listing.html)
 
Place of Performance
Address: CSJFTC-ORTC 1001 Lee Ave. Camp Shelby MS
Zip Code: 39407
 
Record
SN03765068-W 20150617/150615235104-a23930ed10954baf4a5ef1924ded5606 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.